Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 10072003 - C6-C10
...... ......... ......... ......... ......... ......... ......... ............ .._.. C T BOARD OF SUPERVISORS t--,-- --- FROM: MAURICE SHIU, PUBLIC WORKS DIRECTOR DATE: October 7, 2003 SUBJECT: ADOPT County Annual Disadvantaged Business Enterprise (DBE) Goals for U.S. Department of Transportation {Federal Highway Administration [FHWA] and Federal Aviation Administration [FAA]) Funded Projects, Countywide. Specific Request(s) or Recommendation(s) & Background &Justification 1. RECOMMENDED ACTION: ACKNOWLEDGE receipt of "Annual DBE Goal and Methodology Report for FAA Funded Contracts"and"Annual DBE Goal and Methodology Report for FHWA Funded Contracts,,,dated May 2003, approved by Maurice M. Shiu, Public Works Director. Based on these reports,ADOPT an overall DBE goal of 13.9%of the Federal financial assistance in FHWA-assisted contracts and 17.6% of the Federal financial assistance in FAA-assisted contracts administered by the County in federal fis I year {FF 2003/2 04. Continued on Attachment: ,X SIGNATURE: ' :�KECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE ,4APPROVEOTHER SIGNATURE{Sj ACTION OF 8O R ON : APPROVED AS RECOMMENDED XX OTHER /- 1 hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. VOTE OF SUPERVISORS XX UNANIMOUS{ABSENT NONE } AYES: NOES: ABSENT: ABSTAIN: ATTESTED: OCTOBER 07, 2003 John Sweeten, Clerk of the Board of MS:MLH:GDH:ga Supervisors and County Administrator GAGrpData\Design180ARD ORDERSt80 20031Adopt County DBE&Goal Prog.doc Orig.Div: Public Works(Design Division) Contact: Mike Hollingsworth(393-2239) C: E.Kuevor,CA© By County Counsel Caltrans,via PWD DepdfY PAA,via PWD G G+► COUNTY OF CONTRA COSTA ANNUAL DBE GOAL AND METHODOLOGY REPORT FOR FHWA FUNDED CONTRACTS May 2003 1. FHWA-ASSISTED CONTRACTING PROGRAM FOR FFY 2403/04 The following represents County of Contra Costa's (County) projected FHWA-assisted (USDOT funded) contracts and expenditures by work category for FY 2003/04: Work Category Estimated Federal %Fed. Funding By Work Item# Dollars Work Category Consulting Services: (Attach.1) 1 Structural Engr. $ 225,000 23.38% 2 Soils/Foundation $ 103,000 10.70% 3 Environmental $ 34,400 3.57% 4 Right of Way $ 100,000 10.39% Construction: (Attach. 2) 5 Prime Contractor $ 275,310 28.61% 6 Subcontractor $ 146,228 15.20% 7 Supplier/Mfr. $ 77,395 8.04% 8 Trucking $ 1,067 0.11% TOTAL $962,400 100.00% (See Attachments 1 and 2 for details upon which the above summary is based.) 2. GOAL METHODOLOGY Step 1: Determination of a Base Figure(49 CFR Section 26.45(c)) The County elected to utilize the following methodology in establishing the County's base figure of relative DBE availability for FFY 2003/04: • For the numerator - Certified DBE firms on County Public Works Department's Bidder List and Consultants List by Work Category • For the denominator - All firms on County Public Works Department's Bidder List and Consultants List by Work Category The County's list of firms used for this study was comprised of 1) a Bidders list composed of all firms who bid or quoted on County's DOT-assisted construction bids from 2001 to 2003 identified on prime contractors' bid proposals and good faith effort documentation (Attachment 3), and 2) all firms who are on the County Public Works Department's Consultant Master List maintained by the Design Division (Attachment 4). The County calculated the Base Figure for ready, willing, and able certified DBEs as follows: Z % of Fed. $ by Work Category r#of DBEs on County/Dent. lists by Work Cateaonr - ( #of all Firms on County/Dept. lists by Work Category Base Figure Page 1 of 5 The base figure is calculated to be 18.22% using this formula. The table below tabulates the 18.22% Base Figure calculation. Calculation of Base Figure: WORK WORK EST. % FED. #OF TOTAL# BASE ITEM# CATEGORY FED. FUNDING DBEs BY OF FIRMS FIGURE DOLLARS BY WORK WORK BY WORK CALC. (Col. C) CAT. CAT. CAT. Col. D x (Col. D) (Col. E) (Col. F) (Col. E/Cal. Consulting Services: F) 1 Struct. Engr. $ 225,000 23.38% 6 37 3.79% 2 Soils/Foundation $ 103,000 10.70 % 7 35 2.14% 3 Environmental $ 34,400 3.57% 24 114 0.75% 4 Right of Way $ 100,000 10.39% 1 9 1.15% Construction: 5 Prime Contractor 275,310 28.61% 3 29 2.96% 6 Subcontractor $146,228 15.20% 25 97 3.92% 7 Supplier/Mfr. $77,395 8.04% 6 14 3.45% 8 Trucking $1067 0.11% 12 21 0.06% TOTAL $962,400 100% 18.22% Step 2: Adjustment of Base Figure(49 CFR Section 26.45 (d)) After completing Step 1 of the goal-setting process, we then examined all of the available evidence in our jurisdiction to determine what adjustment, if any, was needed to the Base Figure. As explained below, this process resulted in a 4.34% decrease in the Base Figure for a proposed DBE goal of 13.9% (13.88% rounded). Available evidence considered by us included the following: (1) Availability and Capacity to Perform of DBE Suppliers/Manufacturers: Asphalt concrete and aaareoate base suppliers: A review was made as to the availability of certified DBE suppliers for materials used on County DOT-assisted projects. A large percentage of material costs is typically represented by just two items — asphalt concrete and aggregate base rock (see Work Summary, sheet 3 attachment 1). Since 1999 no certified DBE suppliers furnished or quoted these materials for County DOT-assisted projects. According to County Public Works Department's Materials and Testing Lab, all suppliers of asphalt concrete and aggregate base rock in this area are non-DBEs. The UCP Directory (Caltrans directory) of certified DBEs lists local DBEs that supposedly furnish such materials, but a closer inspection of records showed them to be contractors without facilities to manufacture or store the materials themselves. Since these local DBEs are not manufacturers or regular suppliers, it is very unlikely that they would be able to supply the large quantities required for County projects at prices competitive with the non-DBE plant owners. Unlike past years, it is anticipated that this year's construction project will not include any paving or base rock placement by the prime contractor so the fact that there are no Page 2 of 5 DBE suppliers of these materials does not give cause for any adjustment of the proposed goal. Supplier vs.-Manufacturer: The calculations above for "Supplier/Mfr." do not differentiate between supplier (DBE credft=60% of dollar value) and manufacturer (DBE credit=100% of dollar value). All DBEs on our bidder's list are suppliers and not manufacturers. The Base Figure, which is 100% of the estimated material cost, should be adjusted to reflect this fact. Therefore the DBE goal should be decreased 1.38% (-40% * 3.45%=-1.38%). DBE prime contractor availability for upcoming construction proiect: Our three DBE prime contractors are grading and paving contractors. It is unlikely they will bid as the prime on the upcoming pedestrian bridge project. The project is a $2.5 million project, partial federally funded ($500,000), which will be bid by larger general contractors that specialize in concrete and steel bridge construction. Therefore, the anticipated contribution towards meeting the overall goal by a DBE prime contractor should be discounted. This is further supported by the fact that we have not awarded a federally funded contract to a DBE prime contractor in the last four or more years. Therefore the goal should be decreased 2.96%. (2) Current Capacity of DBEs Measured by Actual Utilization: One potential indicator of the availability and capacity to perform of DBEs is the volume of work actually performed by DBEs on the County's FHWA-funded projects in recent years. The figures for Fiscal Years 1999100, 2000101, 2001/02 and year-to-date 2002/03 based on dollars paid to DBEs are set forth in the following tables: FISCAL YEAR 1999100 Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms Consulting Services $18,128 ..... $0 0% Construction $3,020,110 $305,408 10.1% FISCAL YEAR 2000101 Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms consulting Services $334,979 $801058 23.9% Construction $3,405,845 $163,620 4.8 % FISCAL YEAR 2001/02) Work Category $ Paid to $ Paid to DBE Finns % Paid to Contractors DBE Firms Consufting.Services $305,340 $127,664 41.8% Construction $108,554 $6188 57% Page 3 of 5 FISCAL YEAR 2002103 (year-to-date) Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms Consulting Services $159,796 $115,587 72.3% Construction $476,259 $27,147 5.7% Totals $7,829,011 $825,672 10.6% Since Fiscal Year 1999/00, the average DBE utilization (measured by the percentage of dollars paid to DBEs) was 10.6 %. While DBE consultants have performed a large percentage of our professional services needs (primarily in construction management services), the DBE contractors, suppliers and truckers have not performed the amount of work in proportion to their representation. Prime contractors for the fourth consecutive year have been demonstrating good faith efforts to satisfy our DBE contract requirements. In reviewing the prime contractors documentation there does not appear to be a lack of DBEs to solicit subbids and quotes. The DBEs either submit higher bids or chose not to bid. It is encouraging that DBE subcontractors, suppliers and trucker representation on our bidders list has increased slightly for the second consecutive year. Based on this historical information, there is no compelling reason to reason to adjust the goal. (3) Disparity Studies: We tried to locate current, relevant disparity studies conducted within our jurisdiction but did not find any. Therefore, no adjustment to the Base Figure was made on that basis. Step 3: Overall DBE Goal(49 CFR Section 26.45(e)) In consideration of all the evidence described above, as well as our knowledge of our contracting market, we have determined that the appropriate overall DBE goal for FHWA- assisted County projects in fiscal year 2003/04 is 13.9%. FINAL SUMMARY Project Items: S Amount DBE % DBE 1. Consulting Services $462,400 $75,439 16.31% if. Construction $600,000 $58,200 11.64% Total $962,400 $133,639 13.9% 1. Consulting Services Item Description $Amount $ DBE % DBE Structural Engineering $225,000 $36,486 16.22% Soils/Foundation $103,000 $20,600 20.00% Environmental $34,400 $7,242 21.05% Right of Way 100 Ofl0 $11,111 11.11% Total $462,400 $75,439 16.31% Page 4 of 5 .........................................................................................I..,.......... 1111. Construction Contracts Item Description $Amount $ DBE % DBE Prime Contractor $275,310 $0 0.00% Subcontractor $146,228 $37,688 25.77% Supplier/Manufacturer $77,395 $19,902 25.71% Trucking $1067 $610 57.17% Total $500,000 $68,200 11.64% 3. UTILIZATION OF RACE-NEUTRAL AND RACE-CONSCIOUS METHODS The County projects meeting a portion of the goal, 2%, by utilizing race-neutral methods, including making efforts to assure that bidding and contract requirements facilitate participation by DBEs and other small businesses; unbundling large contracts to make them more accessible to small businesses; encouraging prime contractors to subcontract portions of the work that they might otherwise perform themselves; and providing technical assistance, and other support services to facilitate consideration of DBEs and other small businesses. The 2% goal is further supported by the fact that 19.1% of the firms on the County's Consultant list (Attach. 4) are certified DBE firms. There is a reasonable chance that these DBE firms will secure prime consultant services contracts with the County. It is anticipated that the remaining portion of the goal, 11.9%, will be accomplished through race-conscious measures, which includes establishing specific goals on contracts with subcontracting possibilities, when needed, to meet the County's overall annual DBE goal. 4. PUBLIC PARTICIPATION IN SETTING FINAL OVERALL ANNUAL DBE GOALS In conformance with Public Participation Regulatory Requirements of 49 CFR Part 26.45 and Caltrans Local Assistance Procedures Manual (LAPM)-Chapter 9, minority, women, local business chambers, and community organizations will be directly notified of the proposed goal, and the availability of this report for their review and comment prior to final adoption by the County Board of Supervisors. M—aurifAi M. Shiu Public Works Director MS:MLH GAGrpData1Deslgn\CT DBE Forms—ExhibitsTIFY03-04THWA FFY 03-041Final FHWA DBE Goals&Wthodologyffy03-04.doc Aftachments C: E.Kuevor,DBELO R.Kroepfl,Caltrans Page 5 of 5 ...................................... . ............................... ......... ............................................................................................................................................... ............................................................................................... ................. May 28,2003 CONSULTANTS Attachment I PARTICIPATION FFY 2003104 FHWA PROJECTS (Fed.$,except as noted)) STR, CONST. RIGHT OF Totals(Inc. PROJECT Fed.96 DESIGN SOILS EVIRONIPERMfTS MGMT. SURVEY WAY OTHER local S) Secured Secured NA Secured Bethel island Bridge(2004) 80% FFY00101 FFYOO-01 Done FFY 2005 FFY99-00 $100,000 NA $125,000 NA Canal Road Bridge 80% Inhouse $28,000 NA Inhouse, FFY2005+ NA Inhouse NA Inhouse NA $35,000 i NA(local renhorse Trail Pod.O.C.' 88.50% NA(local$) $) NA(boat$� NA{ictal$) NA(local$) NA NA(local$) $925,000 Orwood Bridge Replacement NA>FFY 01. (2004) 80% $225,000 $75,000 $34,400 FFY 2005+ NA INhouse 02 NA $418,000 NA NA San Pablo Dam Rd.Sidewalk 80% NA NA NA Inhouse Inhouse Inhouse NA Inhouse, NA $0 NA NA Pacifica Ave.Sidewalk 60% NA NA NA Inhouse Inhouse, Inhouse NA Inhouse; NA $ID TO—TAL $225,000 P-43,000 $34A40 so $0 $100,000 $0 $1.503,000 TOM CONSULTANT S 482,400 Bidders List DOE%(See Att.4) 16.2% 20.0% 21.1% 28.4% 0.0% 11.1% 16.7% Est.OBE Participation 116.3% $ 36,488—$ 20,800 $ 7,242 $ $ $ 11,111 $ Est.DBE Total Fed.S [NwOlcipation $75,439 1 Only the construction contract Is federally funded. (03-04)08EMP0(tFHM2tt1 ....................................... 11.11 _....._.. . ...... ......... ......... ......... ......... ......... ......... ......... ........ ......... ......... ......... ......... .. ... ......... ......... ......... May 23,2003 Contractor Participation Estimates Attachment 2 FFY 2003-04 FHWA Project* [RON HORSE TRAIL O.C. Estimated Total Project Cost $ 3,500,000 Total Federal Funds $ 500,000 Contract Costs Estimated Contract Cost $ 2,573,243 Federal Share(Fixed$) $ 500,000 Local Sham $ 2,073,243 TYPE OF WORK Work Performed Federal Share By(Cat.) (Approx. Total Fed. $ Type of Work SIC Code Contract Cost 19.4%n) Local Share by Cat. Construct Piles P $ 231,600 $ 45,002 $ 186,598 Mobilzatior P $ 50,000 $ 9,715 $ 40,285 Structural Concrete P 1622 $ 236,086 $ 45,873 $ 1901,213 Prime Cont. Structural Steel P 1791 $ 889,195 $174,720 $ 724,475 $ 275,310 Chain Link Railin S $ 40,000 $ 7,772 $ 32,228 Demolition S 1795 $ 21,651 $ 4,207 $ 17,444 Drill Pile Holes S 1629 $ 85,600 $ 16,633 $ 68,967 Embankment/Backfill S 1611 $ 16,000 $ 1,109 $ 12,891 Joint Seals S $ 4,200 $ 816 $ 3,384 Landscaping S $ 20,000 $ 3,886 $ 16,114 Lighting S $ 55,000 $ 10,687 $ 44,313 Minor Concrete S $ 72,800 $ 14,146 $ 58,654 Paint Steel S $ 20,000 $ 3,886 $ 16,114 Paving S 1611 $ 12,100 $ 2,351 $ 9,749 Reinforcing Steel S $ 234,291 $ 45,524 $ 188,767 Signs S $ 51000 $ 972 $ 4,028 Striping S 1721 $ 4,410 $ 857 1 $ 3,553 Traffic Control S 7389 $ 20,000 $ 3,886 $ 16,114 Tubular Railing S $ 72,000 $ 13,M $ 58;010 Subcontractor Utilities S $ 75,000 $ 14,573 $ 60,427 $ 147,295 Subtotal $2,174,933 MATERIALS(Purchased by Prime Contractor*) Materials I SIC Code Contract Cost Federal Share Local Share Concrete PCC M 3273 $ 151,960 $ 29,527 $ 122,433 Materials Structural Steel M $ 246,350 1 $ 47,868 $ 198,482 1 $ 77,595 Subtotal $ 398,310 Total Est. Const. Contract $ 2,573,243 $ 500,000 $2,073,243 *Only construction project for FFY 03-04 Assumptions used in adjusting project costs to separate out material costs where applicable. I. Concrete construction is 1/2 to 113 materials 2. Reinforcing steel is only separated out for major structures 3. Only materials purchased by prime contractor are eligible for DBE supplier credit. A DBE subcontractor would count 100%of their material purchase towards DBE goal. it is an extraordinary instance when a non-DBE subcontractor's material purchases are claimed by the prime contractor towards meeting the DBE goal. (03-04)DBEreportFHWAatt2.xls Ironhorse Trail O.C. 6/11/2003 2001-2003 Federal Aid Project Bidders Attachment 3 Prime/Sub/Supplier/ No. Bidder's Names Trucker Work Description Last Bid 1 A.J. Vasconi DBE Prime Contractor Structures 2003 2 J. A. Gonsalves& Son Construction Co. DBE Prime Contractor Exc./Paving 2002 3 Vargas&Esquivel Const., Inc. DBE Prime Contractor exc/paving 2002 4 ABSL Construction DBE Subcontractor grinding 2003 5 AC Dike Co. DBE Subcontractor AC Dike 2002 6 Alamillo Steel DBE Subcontractor Rebar 2002 7 Bay Line Construction DBE Subcontractor sawcutting 2002 8 Cal Safety, Inc. DBE Subcontractor construction area signs 2003 10 Carefree Greens DBE Subcontractor erosion control 2001 11 Consolidated Landscape Service DBE Subcontractor landscaping 2001 13 Diaz Corporation DBE Subcontractor striping 2002 14 EG Construction DBE Subcontractor traffic control 2001 15 El Camino Paving, Inc. DBE Subcontractor paving 2001 16 Golden Bay Fence and Iron Works DBE Subcontractor gates 2001 17 Harding Construction DBE Subcontractor minor concrete 2003 18 Jonas&Associates DBE Subcontractor painting 2002 19 Lane Safety Co., Inc. DBE Subcontractor traffic control 2002 20 M&S Environmental DBE Subcontractor erosion control 2003 23 Nitta Construction, Inc. DBE Subcontractor erosion control 2042 25 Oliveira Fence, Inc. DBE Subcontractor fence 2002 26 Owens Concrete Saw and Co. DBE Subcontractor sawcutting 2001 28 Schotka Construction Inc. DBE Subcontractor construction area signs 2003 29 Spirit Road Oils DBE Subcontractor PRF 2002 30 Statewide Safety&Signs, Inc. DBE Subcontractor construction area signs 2003 31 Superior Coring and Cutting, Inc. DBE Subcontractor concrete coring 2002 32 Superior Hydroseeding DBE Subcontractor hydroseeding 2003 33 Vargas&Esquivel Const., Inc. DBE Subcontractor exclpaving 2002 35 Vintage Paving DBE Subcontractor Grading and Paving 2001 36 Aamigo Company, Inc. DBE Supplier pipe 2002 37 AZCO DBE Supplier Supplies 2001 38 CCP DBE Supplier misc. materials 2003 39 Contractors Construction Products DBE Supplier drainage materials 2003 41 Kus'tum Steel Fabricators DBE Supplier Structural Steel 2002 42 Rose Supply DBE Supplier Supplies 2001 43 A.I.P. Trucking DBE Trucker trucking 2001 44 Chavez Trucking DBE Trucker trucking 2003 45 CJC Trucking DBE Trucker trucking 2003 46 Cobra Trucking DBE Trucker trucking 2002 47 Deilafosse Trucking, Inc. DBE Trucker trucking 2002 48 Double M Trunking DBE Trucker trucking 2001 49 JTC Jackson Trucking DBE Trucker trucking 2003 50 Monroe Trucking DBE Trucker trucking 2003 52 Royal Trucking DBE Trucker trucking 2002 54 Tating Trucking DBE Trucker trucking 2002 55 Tessi Trucking DBE Trucker trucking 2002 56 Williams Trucking DBE Trucker trucking 2003 57 Albay Construction Prime Contractor Structures 2002 58 Argonaut Constructors Prime Contractor exclpaving 2002 59 Bay Cities Paving &Grading Prime Contractor Exc./Paving 2002 DBE Analysis Report Attachment 3(03-04) (0304)0 BEreportFHWAatt3.xis 6/11/2003 2041-2003 Federal Aid Project Bidders Attachment 3 Prime/Sub/Supplier/ No. Bidder's Names Trucker Work Description Last Bid 60 Bruce Carone Grading& Paving, Inc. Prime Contractor exc./paving 2002 61 George Bianchi Cosntruction Inc. Prime Contractor Structures 2003 62 Ghilotti Brothers Construction, Inc. Prime Contractor grading and paving 2003 63 Ghllotti Construction Company inc. Prime Contractor Structures 2003 64 Granite Construction Co. Prime Contractor Structures 2003 65 Hess Concrete Construction Prime Contractor Exc./Paving 2002 66 Lucas Concrete, Inc. Prime Contractor concrete 2002 67 Maggiora &Ghilotti Inc. Prime Contractor Structures 2003 68 McGuire & Hester Prime Contractor Exc./Paving 2002 69 MCK Services, Inc. Prime Contractor exc/paving 2002 70 North Bay Construction, Inc. Prime Contractor Structures 2003 71 Redgwick Construction Company Prime Contractor paving and grading 2003 72 Richard A. Heaps Elec. Contractor, inc. Prime Contractor Traffic Signals 2001 73 Sposeto Engineering, Inc. Prime Contractor exc/paving 2002 74 Stone Engineering Contractors Prime Contractor Structures 2003 75 Taber(Construction Prime Contractor Structures 2003 76 Tint Paxin's Pacific Excavation, Inc. Prime Contractor Grading/Paving/Elec. 2001 77 Top Grade Construction, Inc. Prime Contractor Structures 2003 78 Utah Pacific Construction Co. Prime Contractor Traffic Signals 2001 79 Valentine Corporation Prime Contractor Structures 2003 80 Vanguard Construction Prime Contractor exc/paving 2002 81 Viking Construction Prime Contractor Structures 2003 82 W. R. Forde Associates Prime Contractor grading and paving 2003 83 AAA Fence Company, Inc. Subcontractor Fence 2002 84 Abbott Construction Subcontractor Structure concrete 2003 85 ACL Construction Subcontractor concrete barrier 2003 86 American Civil Constructors Subcontractor erosion control 2003 87 APCO Subcontractor AC Dike 2002 88 Apple Gate Drilling Subcontractor Drilling 2001 89 Arrow'Trenchless Subcontractor Trenchless Services 2001 90 Bay Cities Paving & Grading Subcontractor Paving 2003 91 Bobbie Mack Grinding Co. Subcontractor grinding 2001 92 Bruce Carone Grading & Paving, Inc. Subcontractor Grading and Paving 2001 93 Bruce Enterprises Subcontractor signs and striping 2003 9 California Rebar Subcontractor Rebar 2003 94 Central Striping Service Subcontractor striping 2002 95 Chrisp Co. Subcontractor Striping 2003 96 Cirimele Electric Works Subcontractor electrical 2001 97 Concrete Structures Subcontractor Shotcrete 2002 98 Construction Survey Subcontractor survey staking 2002 99 Continental Electric Subcontractor electrical 2003 100 CTM Construction Subcontractor concrete barrier 2003 101 CWS Subcontractor Demolition 2002 12 D&L Concrete Pumping Subcontractor concrete pumping 2003 102 Design Interlocking Pavers Subcontractor concrete pavers 2003 103 European Paver Subcontractor concrete pavers 2003 104 Far West Safety Subcontractor construction area signs 2001 105 Galletti And Sons Subcontractor concrete 2001 106 Golden State Traffic Services Subcontractor Traffic Control 2001 DBE Analysis Report Attachment 3(03-04) (03-04)D B EreportFFH WAatt3.xls 6/11/2003 2001-2003 Federal Aid Project Bidders Attachment Prime/Sub/Supplier/ No. Bidder's Names Trucker Work Description Last Bid 107 Griffin Soil Company (GSC) Subcontractor base stabilization 2002 108 H. Maxlee Subcontractor concrete barrier 2003 109 Harris-Salinas Subcontractor Rebar 2002 110 Herzer Landscape Subcontractor landscaping/pavers 2003 111 Jeffco Subcontractor Painting 2003 112 Kent's Qli Service Subcontractor pavement fabric 2002 113 M. Brown Electric Subcontractor electrical 2002 114 M. Bumgamer Inc. Subcontractor guard railing 2003 115 M.B.1 Subcontractor Guard Rail 2003 116 M.F. Maher Subcontractor concrete 2002 21 M.F. Maher Company, Inc. Subcontractor minor concrete 2003 117 Malcolm Drilling Subcontractor Drilling 2002 118 MBI Subcontractor guard rail 2003 119 MCK Services, Inco Subcontractor paving 2002 120 Metal Set Subcontractor Structural Steel 2002 121 Metamorphosis Subcontractor erosion control 2003 22 Mission City Rebar Subcontractor rebar 2003 122 No. Calif. Crack Seal Subcontractor crack seal 2001 24 North American Fence Subcontractor fence 2003 123 Northern California Crck Sealing Subcontractor crack seal 2002 124 Pacific coast Drilling Subcontractor drilling 2003 27 PCN Construction Subcontractor guard railling 2003 125 R.E. Maher Subcontractor concrete 2001 126 Rasmussen Construction Co. Subcontractor grinding 2001 127 Redgwick Construction Company Subcontractor Grading and Paving 2001 128 Redwood Subcontractor Painting 2002 129 Retaining Walls Co. North Subcontractor cribwalls 2002 130 Riley Striping Subcontractor striping 2003 131 RMT Landscape Construction, Inc. Subcontractor landscaping 2003 132 Royal Electric Subcontractor electrical 2002 133 Rubberized Crackfiller Subcontractor crack seal 2002 134 Sierra Pacific Earth Retention Subcontractor cribwalls 2002 135 Silverado Subcontractor demolition 2003 136 Soil Enterprises Subcontractor Demo/C&G 2003 137 St. Francis Electric Subcontractor electrical 2002 138 Strange and Chaimbers Subcontractor minor concrete 2003 139 Striping Graphics Subcontractor striping 2002 140 Superior Hydroseeding Subcontractor Hydroseeding 2002 141 Tennyson Electric Subcontractor electrical 2002 142 Tiechert Subcontractor Grading and Paving 2001 143 Upgrade Construction & Drilling- Subcontractor Drilling 2003 144 Vellicitti & Pelliciotti Subcontractor Grading and paving 2003 34 Vickers Sawcutting Subcontractor concrete coring 2002 145 West Coast Subcontractor Drilling 2002 146 Western Stabilizaation Subcontractor base stabilization 2002 147 Womack Striping Subcontractor striping 2002 148 Antioch Rock and Readimix Supplier PCC 2003 149 County Quarry Supplier Asphalt Concrete 2003 40 General Supply Co. Supplier supplier 2001 DBE Analysis Report Attachment 3(03-04) (03-04)DBEreportFHWAatt3.x1s 6/13/2003 2001-2003 Federal Aid Project Bidders Attachment 3 Prime/Sub/Supplier/ No. Bidder's Names Trucker Work Description Last Bid 148 Antioch Rack and Readimix Supplier PCC 2003 149 County Quarry Supplier Asphalt Concrete 2003 40 General Supply Co. Supplier supplier 2001 150 Hansen Aggregates Supplier AB 2003 151 Me Cain Traffic Supply Supplier Supplies 2001 152 United Rentals Supplier signs 2003 153 United Rentals Supplier signs 2002 154 G.W. Trucking Trucker trucking 2001 155 Martini Trucking Trucker trucking 2002 51 R&S Trucking, Inc. Trucker trucking 2003 53 S & S Trucking Trucker trucking 2003 prime/Sub/Supptier/Trucker Summary Total# Extension DBE Ws dbeprime 3 3/29 x 100% = 10.3% dbesub 25 25/97 x 100% = 25.8% dbesup 6 6/14 x 100% = 42.9% dbetrucker 12 12/21 * 100% = 57.1% Non-DBE Primes/Total#of Primes 26/29 - total# of suppliers(assume 14 total, 2 sup. per project, 7 projects, excluding paving and rack sup. ) 14 _ Non-DBE Subs/Total#of Subs 72/97 Total##of truckers(7 projects, assume 3 truckers were solicited per project) 21 _ DBE Analysis Report Attachment 3(03-04) (03-04)D8 EreportF HWAatt3 ` tSt{pppp all Of r O W�-.NOM.�O M .m EARN iCi Wry Fpm b 1" 9 tfi�O M � ICJ �I rd�r �r eyVy trop h- .ray fig; .-fd y�� a��•�'M c�t;0i:+~- m c�a.-I(f fb O �tY Ili tS! j OY I C]S 6f 4Ni Qf, Oi 11f `�`' �I � N ,��� � � i ill 32 ig eel �5�! ® *LLQ � 51.1 d � u'S �t Yi 8 .1 A F w r�i � ;� ,rl z �� m ,A S A a L x X X K j m K E x N CL I ! i x x s x 11 X ! x nlx x x K p mIX xi X X K KI �m rn x X 3L I 1 I ped IX i g w ' 1. i X ! w w co K x xxxaXdX xXK XXX x co 4• ! ! ! �X. O X K x K IX I IX a Yy. i i x x xl �X iLL ! , to U. { x i X X j Xlx x W { ! I CA 7 ! x x i x x X ix yt Hill: :"99! F . I M Toy OS � Ii 1N i g Iq ! g � ! } z w: 6 w zi ` ygz w ° n ? y( z wdtpry7z(� 8 z z �8! y izC7 tL7iSz+wff�W ' w 5 �n u a U' m_ z W�a� � +u = � m z `f u Si r� 'Ey z "° $ u-�'�i."�~ 5'c7i�l "" x yy y6-2:Ma �. vdd a a a� 1 t� I v �� , t � a yN NOY � ��r ISf �r�•9d rN�'. SOP NN.�a NaN-MIN N RUN D9 NrN N fit Jbiggil 'sI i YS 1111 miBE ' g5d III E5�`¢�U�`a'.I ! .,.f i s-. e U� tf)� ,x � � t� Z �u.I�v3��R' W' X x .X ! X pm� 1 j N d IO. m Im ttwt LU cc O W co fA 1 I 41! �I LU pp VS' � O � I = XI ! X x yl i w x x xa x xa x'oxx v hx ix x x X1 � ! I uj j ! x'x x !X x xx x x x ix x x x xK c X X: w Lu iz i E i xf I f I ry tz, u 4 xx1X ! x ' x X X x wt m I a. E LL 'Y xx xx X ;X xi(* 'u x; Udi I � ! f 7' X x x x Xm x x X X �tu m rn x x'X I x m X x IO I f 7-29H.9 ❑g�Yc [.�3�.� Ip. 2. +i9 amli. AMB t] C5 d 1� ❑ '. N 1 M OM ROME:�...iV Oj M �j� :Oj�y Qtii N Qj iV �j Y'1M� �MMMi MM:M Th MM 1" pfMMMp� M N <<g # 0 Z; fz 1- ai o y2 2 +C 'p UI YJ 'g. O - (7 MQ " t�q�jt7.5 .y� z ! zrrith �z' "F I�$ • p ro ¢e � a U U' W �y ,1Z¢ ry °4 Cry.tf 4h i� C' y ;W � mtA �1-Z I. nZ LU C7 �.. ISt' : �,in ¢ Nz_ y z o >�,� f�j,d. . - atw7a ! .`iizil�.:LS. °°$$$ ri wWIC S. NCIU aZ mU�.. A'6~. '-Y.Z'U _ ' ! {u . t�� �e�d y F.. wxU �� l70 h ,a" ttt333 ,tl r�11$ Z nn u a cx o 0 0♦�o R z z ,�tnn. W W Wmiw !S ua 4 w w`w w wWw;uu L C% C7 t7 t4 i2srx '� �� �11 1111 ����IIII���I ��s ��e�e � � �� � �n w II W Ot FT. tlY t�rim� GffIi�CYN�IIi Ct �� �� 4ds' t1S f/10>itf�QfP��CENF t x x a x x xm x KI t j c a,ix x x x x x arc x xx x u x e � u O I x " xx ac xx x xxQ xx x xx x x x x x coox x x x 0 T r`m;.0 x x x x. x m t j C �-' x xull x x x H i c " n Im V i x x{ x x x x t x c r � 2 "` r- 9 LU w P. ig r- FFF-FFF F-f-�� x x xx x x X X >< tmu x v ma x x x xxmxix C4 r. U a= 0 'A x x ro x `X K Ave x x xx x to M x x w d Im x xx x Ong z Mw CID ............. .................... ..................... ..... COUNTY OF CONTRA COSTA ANNUAL DBE GOAL AND METHODOLOGY REPORT FOR FAA FUNDED CONTRACTS May 2003 1. FAA-ASSISTED CONTRACTING PROGRAM FOR FFY 2003-04 The following represents County of Contra Costa's (County) projected FAA-assisted (USDOT funded) contracts and expenditures by work category for FY 2003-04: Estimated Federal %Fed. Funding By Work Item# Work Category Dollars Work Category Consulting Services: (Attach. 1) 1 Civil Design $84,500 6.80% 2 Airport Design $154,500 12.44% 3 Environmental $99,100 7.98% 4 Construction Mgmt. $67,500 5.43% 5 Other $272,100 21.91% Construction: (Attach. 2) 5 Prime Contractor $251,775 20.27% 6 Subcontractor $228,600 18.41% 7 Supplier/Mfr. $83,925 6.76% TOTAL $1,242,000 100.0% 2. GOAL—METHODOLOGY Stop 1: Determination of a Base Figure(49 CFR Section 26.46(c)) The County elected to utilize the following methodology in establishing the County's base figure of relative DBE availability for FFY 2003/04: • For the numerator — Certified DBE firms on County Public Works Department's Bidder List and Consultants List by Work Category • For the denominator — All firms on County Public Works Department's Bidder List and Consultants List by Work Category The County's list of firms used for this study was comprised of 1) a Bidders list composed of all firms who bid or quoted on County's DOT-assisted construction bids from 2001 to 2003 identified on prime contractors' bid proposals and good faith effort documentation (Attachment 3), and 2) all firms who are on the County Public Works Department's Consultant Master List maintained by the Design Division (Attachment 4). The County calculated the Base Figure for ready, willing, and able certified DBEs as follows: Y. % of Fed. $by Work Category #of DBEs on County/Dept. lists by Work Cat L#of all Firms on County/Dept. lists by Work nz� Base Figure Page 1 of 5 ........................................................................................I..............11....... ...........I................................ (2)Current Capacity of DBEs Measured by Actual Utilization: One potential indicator of the availability and capacity to perform of DBEs is the volume of work actually performed by DBEs on the County's FAA-funded projects in recent years. The figures for Fiscal Years 1999100, 2000/01, 2001/02 and 2002/03(year- to-date for 2002/03) based on dollars paid to DBEs are set forth in the following tables: FISCAL YEAR 1999100 Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms Consulting Services $76,500 $0 0% Construction NA NA _NA FISCAL YEAR 2000101 Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms Consulting Services $5,620 $0 0% Construction NA NA NA FISCAL YEAR 2001/02 Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms Consulting Services $141,002 $89,496 63.5% Construction $793,847 $107,093 13.5% FISCAL YEAR 2002103 (year-to-date) Work Category $ Paid to $ Paid to DBE Firms % Paid to Contractors DBE Firms Consulting Services $118,747 $3, 10 2.6% Construction NA NA NA Totals $1,135,716 $199,699 17.6% Since Fiscal Year 1999/00, the overall average DBE utilization (measured by the percentage of dollars paid to DBEs) was 17.6%. This overall average is equal to our proposed DBE goal. Therefore, no adjustment to the Base Figure was made on this basis. (3) Disparity Studies: We tried to locate current, relevant disparity studies conducted within our jurisdiction but did not find any. Therefore, no adjustment to the Base Figure was made on that basis. Page 3 of 5 ............... .................... Step 3: Overall DBE Gaal (49 CER Section 26.45(e)) In consideration of all the evidence described above, as well as our knowledge of our contrasting market, we have determined that the appropriate overall DBE goal for FAA-assisted County projects in federal fiscal year 2003104 is 17.6%. FINAL SUMMARY Project Items: Amount DBE 010 DBE 1. Consulting Services $577,700 $137,808 20.33% If. Construction $664,300 $J0,4911 14.26010 Total $1,242,000 $218,299 17.6% 1. Consulting Services Item Description $ Amount $ DBE % DBE Civil Design $54,500 $9,388 11.11% Airport Resign $154,50101 $42,132 27.27% Environmental $99,100 $20,860 21.05% Construction Management $67,500 $20,068 29.73% Qther ML—100 $45,360 16.67% Total $677,700 $137,808 20.33% 11. Construction Contracts Item Description $ Amount $ DBE % DBE Prime Contractor $251,775 $0 0.00% Subcontractor $228,600 $58,910 25.77% Suippli $83,925 $21,581 25.71% Total $564,300 $80,491 14.26% 3. UTILIZATION OF RACE-NEUTRAL AND RACE-CONSCIOUS METHODS The County projects meeting a portion of the goal, 2%, by utilizing race-neutral methods, including making efforts to assure that bidding and contract requirements facilitate participation by [DBEs and other small businesses; unbundling large contracts to make them more accessible to smallbusinesses; encouraging prime contractors to subcontract portions of the work that they might otherwise perform themselves; and providing technical assistance, and other support services to facilitate consideration of DBEs and other small businesses. The 2% goal is further supported by the fact that 19.1% of the firms on the County's Consultant list are certified DBE firms. There is a reasonable chance that one or more of these DBE firms will secure prime consultant services contracts with the County. Page 4 of 5 It anticipated that the remaining portion of the goat, 15.6%, will be accomplished through ram-conscious measures, which includes establishing specific goals on contracts with subcontracting possibilities, when needed, to meet the County's overall annual DBE goal. 4. PUBLIC PARTICIPATION IN SETTING FINAL OVERALL ANNUAL DBE GOALS In conformance with Public Participation Regulatory Requirements of 49 CFR Part 26.45 and Caltrans Local Assistance Procedures Manual (LAPM)-Chapter 9, minority, women, local business chambers, and community organizations will be directly notified of the proposed goal, and the availability of this report for their review and comment prior to final adoption by the County Board of Supervisors. Maurice'1VFfjhiu Contra Costa County Public Works Director MS:MLH GAGrpData\Design\CT DBE Forms_ExhibitsTFY03-04WAA FFY 03-041Final FAA DBE Goals&Methodologyffy03-04.doc Attachments C: E.Kuevor,DBELEO Page 5 of 5 ......... ......... ......... ......... ......... ......... ............_... .............. ......... ......... ......... ......... ......... ......... ......... ......... _._...... ........... ......... ......... ......... June 2003 CONSULTANTS Attachment 1 PARTICIPATION FPY 21143-04 FAA PROJECTS (FED. $) Airport EVIRONIP CONST. PROJECT ; Civil Design Design SOILS ERMITS MGMT. 1 SURVEY OTHER Buchannan Field Airport Master Plan $94,500 $ 135,500 NA $ 99,1001 NA NA $165,90 Buchanan Airport Security Upgrades NA $ 18,000 NA $ 67,500 NA $106,200 TOTAL $94,500 $ 154,500 $ - $ 99,100 $ 67,500 $ - $ 272,100 TOTAL CONSULTANT $677,700 Bidder's List DBE% 11,1% 27.3% 20.0% 21.1% 29.7%1 0.0% 16.7% Est.178E Participation $9,399 $ 42,132 $ - $ 20,961 $ 20,068; $ - $ 45,359 s a tctpa t a on , DBE%Participation 20.3% (03-04)0 BEreportFAAatt1 July 2003 Contractor Participation Estimates attachment 2 FFY 2003-04 FAA Projects (Fed. $) PROJECT Prime Contractor Subcontractor Supplier Trucking Buchanan Field Security Upgrades(Attach.2,page 2) i $251,775 $ 228,600 $ 83,925 TOTALS $251,775 $ 228,600 $ 83,925 $0 Biddee's List DBE Citi per Attachment 3) 10.34% 25.77%; 42.865%1 57.140A Est.DBE Participation in Construction(base figure) before adjustments $26,034 $ 58,910 $ 35,968 $0 Adjustments* -$26,034 $0 -$14,387 $0 Final Est.Participation in Construction(Fed.$) $0 $58,910 $21,581 $0 Final Est. Total DBE% Participation (($58,910+$21581)/$564,300)*20095= 14.26% •Adjustments to base calculations Supplier vs.Manufacturer:The calculations above for"Supplier."do not differentiate between supplier(DBE credit=60%of dollar value)and a manufacturer(DBE credil-100%of dollar value). All DBEs on our bidder's list are suppliers and not manufacturers. The Base Figure($95,968), which is 100%of the estimated material cost,should be adjusted to reflect this fact. Therefore the DBE participation should be decreased 40%{- 40%*$35,968=.-$14,387). DBE prime contractor availability for upcoming construction project: Our three DBE prime contractors are grading and paving contractors. It is unlikely they will bid as the prime on the upcoming airport security project. The project is a$627,000 airport security project that will be bid by large electrical contractors.Therefore,the anticipated contribution($26,034)by a DBE prime contractor should be discounted. (03-04)C)8EreportFAAatt2/FAA Constr. Summary 1 11 ....... ...... .1... ......... ......... ......... ......... ........ ......... ......... ......... ........1 .._111.. June 5,2003 Contractor Participation Estimates Attachment 2 FFY 2003-04 FAA Project* Buchanan Fier Security Upgrades Estimated Total Project Cost $ 890,000 Total Federal Funds $ 801,000 Contract Costs $ 627,000 $ 564,300 $ 62,700 TYPE OF WORK Work Performed By (Cat.) Federal Total Fed. $ Type of Work Contract Cost Share 90%o Local Share by Cat. Access Control System P $ 148,500 $ 133,650 $ 14,850 CCTV System P $ 101,250 $ 91,125 $ 10,125 Prime Cont. I.D. Card System/Training P $ 30,000 $ 27,000 $ 3,000 $ 251,77i - Fencing S $ 92,0001 $ 82,800 $ 9,200 Access Gates S $ 162,000 $ 145,800 $ 16,200 $ 228,6013 Subtotal $ 533,750 MATERIALS(Purchased by Prime Contractor) Materials Contract Cast lFederal Share Local Share Misc. Electronic Equip. M $ 93,250 $ 83,925 $ 9,325 Materials $ 83,925 Subtotal $ 93,250 Total Est. Const. Contract $ 627,000 $ 564,300 $ 62,700 " Only construction project for FFY 03-04. Assumptions used in adjusting project costs to separate out material costs where applicable: 1.The majority of the work is electrical, so the assumption is that the prime is an electrical contractor. Therefore the fence and gate work will be subcontracted out. 2.Misc. electronic equipment is estimated to be 25% of the total estimated cost. 3. Only materials purchased by prime contractor are eligible for DBE supplier credit. A DBE subcontractor would count 100% of their material purchase towards DBE goat. It is an extraordinary instance when a non-DBE subcontractor's material purchases are claimed by the prime contractor towards meeting the DBE goal (03-04)DBEreportFAAatt2/Buchanan Fid. Sec, U.G.'s 2 7/22/2003 2001-2003 Federal Aid Project Bidders Attachment 3 Prime/Sub/Supplier/ No. Bidder's Names Trucker Work Description Last Bid 1 A.J. Vasconi DBE Prime Contractor Structures 2003 2 J. A. Gonsalves& Son Construction Co. DBE Prime Contractor Exc./Paving 2002 3 Vargas &Esquivel Const., Inc. DBE Prime Contractor exc/paving 2002 4 ABSL Construction DBE Subcontractor grinding 2003 5 AC Dike Co. DBE Subcontractor AC Dike 2002 6 Alamllo Steel DBE Subcontractor Rebar 2002 7 Bay Line Construction DBE Subcontractor sawcutting 2002 8 Cal Safety, Inc. DBE Subcontractor construction area signs 2003 10 Carefree Greens DBE Subcontractor erosion control 2001 11 Consolidated Landscape Service DBE Subcontractor landscaping 2001 13 Diaz Corporation DBE Subcontractor striping 2002 14 EG Construction DBE Subcontractor traffic control 2001 15 El Camino Paving, Inc. DBE Subcontractor paving 2001 16 Golden Bay Fence and Iron Works DBE Subcontractor gates 2001 17 Harding Construction DBE Subcontractor minor concrete 2003 18 Jonas&Associates DBE Subcontractor painting 2002 19 Lane Safety Co., Inc. DBE Subcontractor traffic control 2002 20 M&S Environmental DBE Subcontractor erosion control 2003 23 Nitta Construction, Inc. DBE Subcontractor erosion control 2002 25 Oliveira Fence, Inc. DBE Subcontractor fence 2002 26 Owens Concrete Saw and Co. DBE Subcontractor sawcutting 2001 28 Schotka Construction Inc. DBE Subcontractor construction area signs 2003 29 Spirit Road Oils DBE Subcontractor PRF 2002 30 Statewide Safety& Signs, Inc. DBE Subcontractor construction area signs 2003 31 Superior Coring and Cutting, Inca DBE Subcontractor concrete coring 2002 32 Superior Hydroseeding DBE Subcontractor hydroseeding 2003 33 Vargas & Esquivel Const., Inc. DBE Subcontractor exc/paving 2002 35 Vintage Paving DBE Subcontractor Grading and Paving 2001 36 Aamigo Company, Inc. DBE Supplier pipe 2002 37 AZCO DBE Supplier Supplies 2001 38 CCP DBE Supplier misc. materials 2003 39 Contractors Construction Products DBE Supplier drainage materials 2003 41 Kus'tum Steel Fabricators DBE Supplier Structural Steel 2002 42 Rose Supply DBE Supplier Supplies 2001 43 A.C.P. Trucking DBE Trucker trucking 2001 44 Chavez Trucking DBE Trucker trucking 2003 45 CJC Trucking DBE Trucker trucking 2003 46 Cobra Trucking DBE Trucker trucking 2002 47 Deliafosse Trucking, Inc. DBE Trucker trucking 2002 48 Double M Trucking DBE Trucker trucking 2001 49 JTC Jackson Trucking DBE Trucker trucking 2003 50 Monroe Trucking DBE Trucker trucking 2003 52 Royal Trucking DBE Trucker trucking 2002 54 Tating Trucking DBE Trucker trucking 2002 55 Tessi Trucking DBE Trucker trucking 2002 56 Williams Trucking DBE Trucker trucking 2003 57 Albay'Construction Prime Contractor Structures 2002 58 Argonaut Constructors Prime Contractor exc/paving 2002 (03-04)DBErepartFAAatt3 1 of 4 . . . . ..................................... ... ............ _..................__._............_. .._......... ............. ........ ........ ......... _........_.. .....__....._.......... 7/22/2003 2001-2003 Federal Aid Project Bidders Attachment 3 Prime/Sub/Supplier/ No. Bidder's Names Trucker Werk Description Last Bid 59 Bay Cities Paving &Grading Prime Contractor Exc./Paving 2002 60 Bruce Carone Grading& Paving, Inc. Prime Contractor exc./paving 2002 61 George Bianchi Cosntruction Inc. Prime Contractor Structures 2003 62 Ghilotti Brothers Construction, Inc. Prime Contractor grading and paving 2003 63 Ghilotti Construction Company inc. Prime Contractor Structures 2003 64 Granite Construction Co. Prime Contractor Structures 2003 65 Hess Concrete Construction Prime Contractor Exc./Paving 2002 66 Lucas Concrete, Inc. Prime Contractor concrete 2002 67 Maggiora & Ghilotti Inc. Prime Contractor Structures 2003 68 McGuire & Hester Prime Contractor Exc./Paving 2002 69 MCK Services, Inc. Prime Contractor exc/paving 2002 70 North Bay Construction, Inc. Prime Contractor Structures 2003 71 Redgwick Construction Company Prime Contractor paving and grading 2003 72 Richard A. Heaps Elec. Contractor, Inc. Prime Contractor Traffic Signals 2001 73 Sposeto Engineering, Inc. Prime Contractor exc/paving 2002 74 Stone Engineering Contractors Prime Contractor Structures 2003 75 Taber Construction Prime Contractor Structures 2003 76 Tim Paxin's Pacific Excavation, Inc. Prime Contractor Grading/Paving/Elec. 2001 77 Top Grade Construction, Inc. Prime Contractor Structures 2003 78 Utah Pacific Construction Co. Prime Contractor Traffic Signals 2001 79 Valentine Corporation Prime Contractor Structures 2003 80 Vanguard Construction Prime Contractor exc/paving 2002 81 Viking Construction Prime Contractor Structures 2003 82 W. R. Forde Associates Prime Contractor grading and paving 2003 83 AAA Fence Company, inc. Subcontractor Fence 2002 84 Abbott Construction Subcontractor Structure concrete 2003 85 ACL Construction Subcontractor concrete barrier 2003 86 American Civil Constructors Subcontractor erosion control 2003 87 APCO Subcontractor AC Dike 2002 88 Apple Gate Drilling Subcontractor Drilling 2001 89 Arrow Trenchless Subcontractor Trenchless Services 2001 90 Bay Cities Paving &Grading Subcontractor Paving 2003 91 Bobbie Mack Grinding Co. Subcontractor grinding 2001 92 Bruce Carone Grading &Paving, Inc. Subcontractor Grading and Paving 2001 93 Bruce Enterprises Subcontractor signs and striping 2003 9 California Rebar Subcontractor Rebar 2003 94 Central Striping Service Subcontractor striping 2002 95 Chrisp Co. Subcontractor Striping 2003 96 Cirimele Electric Works Subcontractor electrical 2001 97 Concrete Structures Subcontractor Shotcrete 2002 98 Construction Survey Subcontractor survey staking 2002 99 Continental Electric Subcontractor electrical 2003 100 CTM Construction Subcontractor concrete barrier 2003 141 CWS Subcontractor Demolition 2002 12 D & L Concrete Pumping Subcontractor concrete pumping 2003 102 Design Interlocking Pavers Subcontractor concrete pavers 2003 103 European Paver Subcontractor concrete pavers 2003 104 Far West Safety Subcontractor construction area signs 2001 (03-04)DBEreportFAAatt3 2 of 4 _.. . ...... ......_.._......._._....... .._........_._............. ........... .......... ............. ........... _.._.._.. ... _........ ......... 7/22/2003 2401-2043 Federal Aid Project Bidders Attachment 3 Prime/SublSupplier/ No. Bidder's Names Trucker Work Description Last Bid 105 Galletti And Sons Subcontractor concrete 2001 106 Golden State Traffic Services Subcontractor Traffic Control 2001 107 Griffin Soil Company(GSC) Subcontractor base stabilization 2002 108 H. Maxlee Subcontractor concrete barrier 2003 109 Harris-Salinas Subcontractor Rebar 2002 110 Herzer Landscape Subcontractor landscaping/pavers 2003 111 Jeffco Subcontractor Painting 2003 112 Kent's Oli Service Subcontractor pavement fabric 2002 113 M. Brown Electric Subcontractor electrical 2002 114 M. Bumgamer Inc. Subcontractor guard railing 2003 115 M.B.1 Subcontractor Guard Rail 2003 116 M.F. Maher Subcontractor concrete 2002 21 M.F. Maher Company, Inc. Subcontractor minor concrete 2003 117 Malcolm Drilling Subcontractor Drilling 2002 118 MBI Subcontractor guard rail 2003 119 MCK Services, Inc. Subcontractor paving 2002 120 Metal Set Subcontractor Structural Steel 2002 121 Metamorphosis Subcontractor erosion control 2003 22 Mission City Rebar Subcontractor rebar 2003 122 No. Calif. Crack Seal Subcontractor crack seal 2001 24 North American Fence Subcontractor fence 2003 123 Northern California Crck Sealing Subcontractor crack seal 2002 124 Pacific coast Drilling Subcontractor drilling 2003 27 PCN Construction Subcontractor guard railling 2003 125 R.E. Maher Subcontractor concrete 2001 126 Rasmussen Construction Co. Subcontractor grinding 2001 127 Redgwick Construction Company Subcontractor Grading and Paving 2001 128 Redwood Subcontractor Painting 2002 129 Retaining Walls Co. North Subcontractor cribwalls 2002 130 Riley Striping Subcontractor striping 2003 131 RMT Landscape Construction, Inc. Subcontractor landscaping 2003 132 Royal Electric Subcontractor electrical 2002 133 Rubberized Crackfiller Subcontractor crack seal 2002 134 Sierra Pacific Earth Retention Subcontractor cribwalls 2002 135 Silverado Subcontractor demolition 2003 136 Soil Enterprises Subcontractor Demo/C&G 2003 137 St. Francis Electric Subcontractor electrical 2002 138 Strange and Chaimbers Subcontractor minor concrete 2003 139 Striping Graphics Subcontractor striping 2002 140 Superior Hydroseeding Subcontractor Hydroseeding 2002 141 Tennyson Electric Subcontractor electrical 2002 142 Tiechert Subcontractor Grading and Paving 2001 143 Upgrade Construction & Drilling- Subcontractor Drilling 2003 144 Vellicitti & Pelliciotti Subcontractor Grading and paving 2003 34 Vickers Sawcutting Subcontractor concrete coring 2002 145 West Coast Subcontractor Drilling 2002 146 Western Stabilizaatlon Subcontractor base stabilization 2002 147 Womack Striping Subcontractor striping 2002 (03-04)DBEreportFAAatt3 3 of 4 ......... _........ ......... ......... ......... ......... ......... ......... ..._..... .. .. .. _ ................_..._. ............. ...._......... ........... ................_....._._............. .....__... ......... ...._.... ................ 7/22/2003 2001-2003 Federal Aid Project Bidders Attachment 3 Prime/Sub/Supplier/ No. Bidder's Names Trucker Work Description Last Bid 148 Antioch Rock and Readimix Supplier PCC 2003 149 County Quarry Supplier Asphalt Concrete 2003 40 General Supply Co. Supplier supplier 2001 150 Hansen Aggregates Supplier AB 2003 151 Mc Cain Traffic Supply Supplier Supplies 2001 152 United Rentals Supplier signs 2003 153 United Rentals Supplier signs 2002 154 G.W.Trucking Trucker trucking 2001 155 Martini Trucking Trucker trucking 2002 51 R&S Trucking, Inc. Trucker trucking 2003 53 S & S Trucking Trucker trucking 2003 Prime/Sub/Supplier/Trucker Summary Total# Extension DBE%'s dbeprime 3 3/29 x 100% = 10.3% dbesub 25 25/97 x 100% = 25.8% dbesup 6 6/14 x 100% = 42.9% dbetrucker 12 12/21 x 100%= 57.1% Non-OBE Primes/Total#of non-DBE and DBE Primes 26/29 Non-DBE suppliers/Total# of non-DBE and DBE suppliers (assume 2 sup. per project&7 projects totals 14 suppliers, excluding paving and rock sup. Therefore, 8 of the 14 suppliers are non- DBEs) 8/14 Non-DBE Subs/Total#of non-DBE and D 72/97 Non-DBE truckers/Total#of non-©B and DBE truckers (assume 3 truckers were solicited per project& 7 projects totals 21 truckers. Therefore;9 of the 21 truckers are no-DBEs.)) 9/21 (03-04)DBEreportFAMM 4 of 4 _. ..... .... _........ ......... ......... ......... ......... ......... .............. .... _ .. ... ..._.._............._...._... ......_.. ......... ....._... ......... ......... ......... _........ ......... ......... ......... app �rp.�nrn 5m�, i pii�(vja�m �o m�tvo ..Y..o rn cpp p[(ggp n-� I NtO'- ter" NVi CV"'82 ty��aopry Jw Stipp . tl. N� '<O tg�}�; 143 Of V Of N�NC'V`�FN O V u�� �ll� �81v� N Y),I f olm NCNvs 4 WN IeJNp101 F^N y,�g,aii atlto�tns;ai!�s"$oommrnm rn �i wmSStii+[ I .i3+rn�osjmmmmmr{iitCthio"5 ''u a,. iovimrrn�+rnaiMma, E -616 'i c{ vc zy cS i i666:>j`v i i� t¢i � r`3 cf�t5c`�ic` (mit t ceS U I x i !gg dry 1L I tl O tl tl SAiL�4cffi # !"' W Ci S"w iu Yrin gs 1 1ul(a b° � � lls II Cx a 81 J tf1 '1` V`FIJ I !43 O t� J X X X X X jxi X XI !X; mLU X a o ! X ! i ! a i � d m i XHHHH 11M 5 ! X� H XH I X lcoXd XX X ' 8X X X X0X ............ L X X ! ! F s i i I I C 01 i LJ 5 l7 I I ! X I ! I JX. X X XXXXX ' XXX n XXX X ' C le 44 Q. (a LL O U` LL dj x X X X XX X X CJ 2 to^.i I I I z e d W ' IXI X X� I I I E ! i ! I ! i I ! f X{ X XX ix c w I i d ` ! a ! 4 G � I � a X x IX XX x x �❑ I a SAS Big IPIZI 1� ! I ' z iz z Z U� j IN w 007 w all R w 11 0�1 �ad © d, amffimc� �i�O� w� #wwW 21 11¢ n � f yG2ww m 2 V2 Lu 0 � � ......... ......... ......... ......... ......... ......... ......... ......... ......... ..... .... 1111._ ..... ............ .._...._. ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... _. .......................... ......... rylO;l` m�N�g Lg(I CJ LVID{N 1 `G!{'bl M�N r 61j~+R ,O w N m a�.�1�a6 4 Li M r 6t Nir7 1IJ M V y. �o�{��z axrnos�rny3�5vc, '�ar�af 5b�S""rn��a';E"'i 1"i'�Ln"ri'�avl�;mr'�vrnva��rn•-�4�i���r++i'tR�of �o� �C1ateA�s`dLA]�LD�61'�v8�fi,(L�'l'�LL�°it,��d++l�m.y'a"`'i I<Ln�La1(£k[�r�7i+. af�NN W -iNp gMW8N H D4Nl1: !N•- -z4 m 3 HI f 8I i t a � k{ C3 : 3 31 °� £S y 1 a 1 ! Y m Im" gni$ �j U ra� a ! �< s�cS���s � ��, d Ow, x! mlool�rsU;� ooa fl�o3Ml��am ! x wxx w I � i row w ui I.�y�'W w m £ �m m m m I ' a i uj I I x � H11H I i x x I ' i i 0 � a ' x I x xw Ixj x XDIxlx I I E o� ° i x x x xI a � to aL , xxxlx x I x ixxx x mG x x6 xxxx x e I 44 ix x x� j x I x x V zW ' i i I , i xx x 1-� x xxxaxL " x i x i ! I j iI x x x ! x xF x Ix xI x f 1 11 I I m ! , w i x xx € x i m ix 1 i € i IJ ]cSS as ! c��c3 tis' $ 0 cot(S ` © , f i ij I iI . Z I= W Z. i 00 Ed I I U g zcvi UN f !e LL � IALU co Pi w SGrizl_ coram moo" !z i z .e ff E w W ul WOO t t g F Ln y z i u w E i�� � mz�I #� iuri� o.�ti �'nl � �U ul rjJ s5"a U�ia,z ,t Wffi x UU icy °gy p� �s/ir s- cr y C u - IN S w0. U O dgfl fl, r0 R© iSU a `�:fl.0 fill Z SCq Vl gWlt{w_yr LklWw W � �3 LL.�t L�NM ' wWuj it1Ww ,til f:fSlU't;1C71:3V OL9C�C9fl U t yrrsrx ,rarrzr .................................................................................................................................................. ............................................................................................... ss�- SM g m 00 W.vo A AN:M. 9, I NEW i I 111 1 I 11 I x !xX14 1 I I - I X11 1XI 1> x 1 I I I I Ix Ix 0 I I 40 aw X X X x tu ga xxx x x ex al 1u, I x - m X x1 X e X1 no uj X -X -1 x X1 X1 Ix x xx x x xx XX X.9.1. . . . 1 II 1 1 (A 40 Xx x 1 to I 0 "UH x 0 � CL I X W, I x X1 I Oil I jE jr. 11 ' 1 ,111 11 eM5q 111M , , at I AM R!111 li�l Rill 1,11 11 H 11111 ir-11 111:2 1111 R 11 FOR 0m,110, i w r"O co Myj1tz - z i (n z z 0 UJ w • < bj z �k C) z OD tit (0) Qk ami U 1='-C j -a I Lust H8.1, N, U-5 2 j! —. Clio ICNIZ 2 2222 22 _. _. ........... .._...... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ........................ HUM `°M Y�y n N o�pw ur spry w ip evl AMP '��j to rW ?� mC1 to". dN ?h eJ r et*1-�•• tD in wuw'3�to:� 1A-;'{��t P S.R-civ Ali ds Y-N wQ7t'S�4�CJ��rCr N 60 �t t`d�qq �i�.t fiii�q�sp�s a9a��s..q�q��ie�frr��t�f�e{ta��gqiBaiavitq{qirn.{{cc��grnqrnf�m��im3i�dQQ�fff+�iofte�r��ijav�.�yfa�grnqat��ccrn���firndds�s��im�srnd�ad�irn�da�i�i�.Cdqd�iead�f�rn N�4�1 lJ�U�UC> �U� �C1UU V4JU� UUUU��UUUU �UUUC7UU�VU(J U��U. 4JU Ui]Cd3 U(J U�UUUUUt�. 116 .& • tri o v" a"'i �IN � � ���i! �'sBr��� c�911LLa��ts�nt�°ez t i } i xx o o x xx ` xxx O; j I i w CL C' x to i N a x Ix { � x 1XI � x ul ti t 1XI X x x x X X �X w x u e c X >xx X x xx xx x xxw xx xx xx x X xMx x m'x :i c� o c uai x x Qw Y! a-v * 8 a uj LL x x X x x Cf x 4Y! x CL ca { xem X. x x x 4 x X x x x j rn w j I � C { x x x X xl x t/J i a33 3 3. 01, R M OR 12 1111111111: 1 1RAI-11 z 09 ' 1 � w 2 m'� g C1 o U Z ffi ci Ngslofll Ud O y Ij a m a ° N ui w , w mw p w� 3C[m Oa ' timn�i mar 061aa.an.an..a.aa. icLa.� a n. NO- w t�teaaff� rrrnv`�+rrncn __ _ .1111...... ....__...... __ AAA AU :o a� m � HIM gez x m K cx x (Ci a x x m x $ x xx x 0 x O x x qA x x x tG A ❑ x rty ry } W x x ci e 4 x LU .* xx a x m x xx xx c _ i° x S tz x x x x a W x IXIX R a c�,_ c r o x x x:x x m tll3.� to x x m X xx x 4 � E U-01i N W z o:Q-, ! siz €n , te W, a rit $}b Lm] ° CONTRA COSTA Cc Recorder Office STEPHEN L, WEIR Clerk-Recorder Recorded at the request of: DDC— 200 —0503594-00 Contra Costa County Wednesday, OCT 08, 2003 09:09:59 Board of Supervisors FRE $0.00 Return to: Ttl Pd Nb r� Public Works Department $@.N Nbr-0001794022 Engineering Services Division I r e/R S/1—2 Records Section THE ]BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on October 7, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2003/583 SUBJECT: Accepting completion of private improvements, Minor Subdivision 3-98, Alamo area. (District III) The Public Works Director has notified this Board that the private improvements, private road at the end of East Lane, in Minor Subdivision 3-98 have been completed as provided in the Subdivision Agreement with Imperial Trading Limited, heretofore approved by this Board in conjunction with the filing of the Subdivision Map. NOW THEREFORE BE IT RESOLVED that the private improvements have been COMPLETED as of October 7, 2003 thereby establishing the six-month terminal period for the filing of liens in case of action under said Subdivision Agreement dated May 23, 2000. PE: G:1GrpData\&.gSvctB012003i10-07-03\MS 3-98 B0-45.doc Originator: Public Works(ES) I hereby certify that this is a true and correct copy of an Contact: Rich Lierly(313-2348) action taken and entered on the minutes of the Board of cc: Public Works i Tax F.D.95-4548727 Tax I.D.94-3287698,Accounting Supervisors on the date shown. -T.Bell,Construction Division -M.Valdez,M&T Lab -H.Finch,Maintenance Division ATTESTED: OCTOBER 07, 2003 1.Bergeron,Mapping Division JOHN SWEETEN Clerk of the Board of Supervisors and -P.Edwards,Engineering Services 7 p T: April 7,2004 County Administrator Sheriff-Patrol Div.Commander CHT',c/o Al CSAR—Cartog Imperial Trading Limited Fred Shappert By {,__ _ s- , Deputy 51 Brightwood Circle,Danville,CA 94506 Trademark Homes,Limted PO Box 788,Danville,CA 94526 RESOLUTION NO.2003/ 583 ..................I........................................................................................................................................................................ .. ... ....................................................................................................................................................... SUBJECT: Accepting completion of private improvements, Minor Subdivision 3-98, Alamo area. (District III) DATE: October 7, 2003 PAGE: 2 BE IT FURTHER RESOLVED that the $35,400.00 cash security for labor and materials (Auditor's Deposit Permit No. 349815,dated May 9,2000)deposited by Imperial Trading Limited be RETAINED for the six-month lien guarantee period until April 7, 2004, at which time the Public Works Director is AUTHORIZED to refund the cash security less the amount of any claims on file. BE IT FURTHER RESOLVED that the private improvements have been COMPLETED and the roads are NOT ACCEPTED NOR DECLARED as County roads at this time. BE IT FURTHER RESOLVED that there is no warranty period required, and the Public Works Director is AUTHORIZED to refund the$1,000.00 cash deposit(Auditor's Deposit Permit No. 349201 , dated April 28,2000)made by Trademark Homes,Limited, and the$69,800.00 cash security for performance(Auditor's Deposit Permit No. 349737,dated May 8,2000)plus interest in accordance with Government Code Section 53079, if appropriate, to Imperial Trading Limited pursuant to the requirements of the Ordinance Code. RESOLUTION NO. 2003/ 583 _. .__._.... ......... ......... ......... ......... ......... ......... .....__.. _ . ......... ............ ......... ......... ......... ........ ......... ......... ........ ......... ......... ......... ......... ! II _ _....... ........ ......... ....._... CONTRA COSTA Co Recorder Office STEPHEN L, WEIR, Clerk-Recorder /� Recorded at the request of: DOC— 2003-0503591 -00 Contra costa County Wednesday, OCT 08, 2003 09:09:59 Board of Supervisors FRE $0.00 Return to: Tt l Public works Department $0.00 Nbr-0001794022 Engineering Services Division Ire/RS/1-2 Records Section THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on October 7, 2003, by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2003/583 SUBJECT: Accepting completion of private improvements, Minor Subdivision 3-98, Alamo area. (District III) The Public Works Director has notified this Board that the private improvements,private road at the end of East Lane, in Minor Subdivision 3-98 have been completed as provided in the Subdivision Agreement with Imperial Trading Limited, heretofore approved by this Board in conjunction with the filing of the Subdivision Map. NOW THEREFORE BE IT RESOLVED that the private improvements have been COMPLETED as of October 7, 2403 thereby establishing the six-month terminal period for the filing of liens in case of action under said Subdivision Agreement dated May 23, 2044. PE: G:\GrpData\EngSvc\BO\2043\10-07-03\MS 3-98 130-45.doc Originator: Public works(ES) I hereby certify that this is a true and correct copy of an Contact: Rich Lierly(313-2348) action taken and entered on the minutes of the Board of cc: Public works -I Tax I.D.95-4548727 -Tax I.D.94-3287698,Accounting Supervisors on the date shown. -T.Bell,Construction Division -M.Valdez,M&T Lab H.Finch,Maintenance Division ATTESTED: OCTOBER 07, 2443 I.Bergeron,Mapping Division -P.Edwards,Engineering Services JOHN SWEETEN, p Clerk of the Board of Supervisors and - T: April 7,2004 County Administrator Sheriff-Patrol Div.Commander CHP,clo AI CSAR—Cartog Imperial Trading Limited Fred shappert By , Deputy 51 Brightwood Circle,Danville,CA 94506 Trademark Homes,L.imted PO Box 788,Danville,CA 94526 RESOLUTION NO.2003/583 .......................................................-................................................................................................ ............................ SUBJECT: Accepting completion of private improvements, Minor Subdivision 3-98, Alamo area. (District III) DATE: October 7, 2003 PAGE: 2 BE IT FURTHER RESOLVED that the $35,400.00 cash security for labor and materials (Auditor's Deposit Pen-nit No.349815,dated May 9,2000)deposited by Imperial Trading Limited be RETAINED for the six-month lien guarantee period until April 7, 2004, at which time the Public Works Director is AUTHORIZED to refund the cash security less the amount of any claims on file. BE IT FURTHER RESOLVED that the private improvements have been COMPLETED and the roads are NOT ACCEPTED NOR DECLARED as County roads at this time. BE IT FURTHER RESOLVED that there is no warranty period required, and the Public Works Director is AUTHORIZED to refund the$1,000.00 cash deposit(Auditor's Deposit Permit No. 349201 , dated April 28, 2000)made by Trademark Homes, Limited, and the$69,800.00 cash security for performance(Auditor's Deposit Permit No. 349737,dated May 8,2000)plus interest in accordance with Government Code Section 53079, if appropriate, to Imperial Trading Limited pursuant to the requirements of the Ordinance Code. RESOLUTION NO. 2003/ 583 _. ......... ......... ......... ......... ......... ......... ......... __..._... __ ........ ......... ............ ......._.... ........ ...._...._....._...._.... ........... . ......... ......... ......... ......... THE BOARD OF SUPERVISORS OF CONTRA.COSTA COUNTY, CALIFORNIA Adopted this Resolution on October 7, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO.2003/ 584 SUBJECT: Approval of the Parcel Map for Minor Subdivision 11-02,being developed by Jerry Garner,Rodeo area(District 11). The following document was presented for Board approval this date: The parcel map of Minor Subdivision 11-02, property located in the Rodeo area, Supervisorial District II, said map having been certified by the proper officials; Said documents were accompanied by: I. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map and that the 2002-2003 tax lien has been paid in full and that the 2003-2004 tax lien,which became a lien on the fust day of January 2003, is estimated to be$3,100.00. 2. Security to guarantee the payment of taxes, as required by Title 9 of the County Ordinance Code, in the form of a surety bond, No 604077, issued by American Contractors Indemnity Company with Jerry Garner as principal, in the amount: $3,100.00, guaranteeing the payment of the estimated tax. I hereby certify that this is a true and correct copy of an Originator:Public Works(ES) action taken and entered on the minutes of the Board of Contact: Rich Lierly(313-2348) Supervisors on the date shown. CL:rm G:\GrpData\EngSvA\\BO\2003\10-07-03\MS 11-02 BO-14.doc cc: Current Planning,Community Development ATTESTED: OCTOBER 07, 2003 Jerry Gamer 3223 Blume Drive JOHN SWEETEN, Clerk of the Board of Supervisors and Richmond,CA 94806 American Contractors indemnity Company County Administrator John van Bokkelen 9841 Airport Blvd.,9'Floor Los Angeles,CA 90045 By Deputy RESOLUTION NO.2003/ 584 SUBJECT: Approval of the Parcel Map for Minor Subdivision 11-02,being developed by Jerry Garner, Rodeo area(District II). DATE: October 7, 2003 PAGE: 2 NOW, THEREFORE, THE FOLLOWING IS RESOLVED: 1. That said subdivision, together with the provisions for its design and improvement, is DETERMINED to be consistent with the County's general and specific plans. 2. That said parcel map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets,paths or easements shown thereon as dedicated to public use. RESOLUTION NO. 2003/ 584 o R w t „ w no �� W M NiYX Jill:. rw +►r • 1, Ill test 0 Igo fillfit If I w - �a >" ► M �1 F. � �o W N ~w o �i '5> z d� � a+zcs p i LECTESMA 2002-224637 � k8023 t�E IM400, asr00• �o m t✓ -- —12500 P415 °° o `' PARCEL-C� N$0.23'15E b —t 250U— a m < Ma i � A x W PARCELS :a C CIO >„ rn C r i N$G23S3E� 0 m z t z Cam' PARCEL-A $ tr w t25s,0Ci" 95.00' Sb•Oo' t� 0 0 to SAUNDERS 2000-264535 z5o.od 42.60' FOURTH �� � STREET 60' 1 a �� c� r p r. Cf) n C a� s h. r O b m r > ° In L > r b b o u+ �� d.` t� +d r� C cnn o gA b Y o b > 3 t aco o, c Z A S L O > Z W'l 'b RN0 `c r o z t+l t7 N y to D s Cl p , nu 3Lw N c poy 11131 " 8115103 NO RM$42 02-0011 Tax Collector's Office William J.Pollacek 625 Court Street Contra County Treasurer-Tax Collector Finance Building,Room 100 P.0.Box 631 Russell V.Watts Martinez,California 84553- Costa Chief Deputy Treasurer-Tax Collector 0063 (825)646-4122 Cou my Joslyn r Mitchell (925)646-4135 FAx I Tax operons Supervisor Bate: 911512003 IF THIS TRACT 1S NOT FILED PRIOR TO THE DATE TAXES ARE ©PEN FOR COLLECTION (R&T CODE 2608) THIS LETTER IS VOID. This will certify that I have examined the map of the proposed subdivision entitled: Tract/MS# City T.R.A. 02-0011 RODEO 62058 Parcel#: 367-082-020-3 and have determined from the official tax records that there are no unpaid County taxes heretofore levied on the property included in the map. The 2002-2003 tax lien has been paid in full. Our estimate of the 2003-2004 tax lien, which became a lien on the first day of January, 2003 is $3,100.00 This tract is not subject to a 1915 Act Bond. If subject to a 1915 Act Bond, the original principal to calculate a segregation is The amount calculated is void 30 days from the date of this letter. Subdivision bond must be presented to the County Tax Collector for review and approval of adequacy of security prior to filing with the Clerk of the Board of Supervisors. WILLIAM J. POLLACEK, Treasurer-Tax o lector By: r' SUISDIVISION TAX BLIND BxBctrrm Tu"UAB't TO RlpZt"MaRr POR sRCI nmv UNDRR TRW CRt.lt^DRNRA I" R1 -AVINC To BVBDYVISIC"s Know All Men by These Presents: 'I`hat we, , _ Jerry Garner as principal and T Amerl6an Conta corporation,duly organized and doing business under and by virtue of the laws of the State of California , and duly licensed for the purpose of making, guaranteeing or becoming solo surety upon bonds or undertakings required or authorized by the laws of the State of California, as Surety, are held and firmly bound unto the County of Alameda in the sum cif Three thousand one httndred and QO/100************* ****** Dollars ($_3.,1.00.00 ), lawful money of the United States of America, for the payment whereof well and truly to be made, we bind ourselves, our heirs, executors, successors and assigns,jointly and severally, firmly by these presents. 'I'11H +CONDrriON OF THE FOREGOING OBLICIA'rION IS SUCH THAT. WI•iEREAS. 1'hc owner(s) of a division of land representing a certain subdivision of real estate, to wit: Tract No,/Parccl Map No. 02-0011 intends) to rile a map thereof with the Recorder of Alameda County; and WIMREAS. `ncre are no liens against the subdivision or any part thereof for unpaid state, coutity, municipal or other local taxes or assessinents collected as taxes except taxes or assessments not yet payable; and WHEREAS, Tlie provisions of the Governinem Code of tate State of California require that this bond be filed with the Clerk of uric Board of Supervisors of Alaincda County Prior to recordation of tate tracUparcel triap; NOW, 'rHERE.FOR12. If the above-bounden princlpal shall pay when due all taxes and assessments. which at the time of filing said map, are a lien against the subdivision, or any part thereof, but not yet payable, then this obligation shall be null and void; otherwise to remain in full force and effect. 'I'lie obligation of the surety hereunder shall arise immediately upon the failure of the above--bounden principal to pay when due to the County of Alameda the aforesaid taxes and assessments and shall remain in full force and affect until said taxes ind assessments. including, any supplemental assessments, are paid in full Including any penalties incurred. In respect to such obligation the surety waives die benefit of the provisions of Scrtion 2945 of tate Civil Code or California. if legal action is required to recover under this bond,the protection afforded by it shrill cover the payment of reasonable attorney fees. Signed and scaled this 22nd day of July 2003. BOND NUMBER 604077 Jerry Garner _ 'ncipal 'I7tiis must be acknowledgedr I:y. GaKner,, Individdal before a Notary Public Title :r DATE:�1, lo- American Contractors Indemnity Company Surety BOND REVIEWED AND APPROVED CONTRA COSTA COUNTY 9841 Airport Blvd. , 9th Flr. , Los Angeles, CA 90045 'I`REAURE - �iJ. LLECTQR dire o Surety BY� °' ,1 1 R� B Joh(IZ Bokkelen, Attorney-in-fact `1`itic \Jr14\T4%x9on4 STATE OF CALIFORNIA COUNTY OF G _� '✓Lei f , On �Y ,before me, persona ly appe d ersonally known to me—OR—Mp roved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the rase: s`i'�aI ,. person(s)acted,executed the instrument. WITNESS my had and o ial seal (This area for official notarial seal) DESCRIPTION OF ATTACHED DOCUMENT DESCRIPTION OF DOCUMENT(OPTIONAL) STA'T'E OF CALIFORNIA COUNTY OF On before me, , personally appeared { )personally known to me—OR—{ )proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. (This area for official notarial seal) DESCRIPTION OF ATTACHED DOCUMENT DESCRIPTION OF DOCUMENT(OPTIONAL) DA4-IFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On Jud 22,`',2003 before me, B. Caindec, Notary Public Date Name and'ntte of Officer(e.g.,"Jane Doe,Notary Public") personally appeared John Van Bokkelen Name(s)of Signer(s) impersonally known to me– to be the person) whose name(l)is/M subscribed to the within instrument and acknowledged to me that hehLV00Wexecuted the same in his/KWMM authorized capacity(,and that by his/MOM signature#on the instrument the person(R), or the entity upon behalf of which the person(l) acted, executed the instrument. WITNESS my hand and off" 'at seal. S. CAINDEC Comm.No.1262521 / NOTA14YPUBLIC CALiFORN11A Ir�7 v LOS ANGELES COUNTY -• My Comm,UP.May 28 2004 n re of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: N/A Capacity(W#Claimed by Signer( Signer's Name: Jahn Van Bokkelen Signer's Name: ❑ Individual ❑ Individual Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑General ❑ Partner—❑ Limited ❑General CX Attorney-in-Fact ❑ Attorney-in-Fact © Trustee * ❑ Trustee } 01 Guardian or Conservator u ❑ Guardian or Conservator Other: Top of thumb here ❑ Other: Trip of thumb here Signer Is Representing: Signer Is Representing: American ContragtoTs Indemnity Company 01995 National Notary Association•8236 Remmet Ave.,P.O.Box 7184+Canoga Park,CA 91309-7184 Prod.No.5907 Reorder.Cali ToibFree 1.800.878-8827 AAmerican Contractors Indemnity Company 9841 Airport Blvd.,9th Floor,Los Angeles,California 90045 01 - 13729 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California,a California corporation does hereby appoint, DENNIS BENSON,COLBY CRAIG,MEL HOUSTON,CRAIG JORGENSEN, BRET MILLAR,NATALIE SOUZA,JOHN VAN BOKKELEN Its true and lawful Attorney(s)-in-Fact,with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ X2,000,000 00 This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December,1990. "RESOLVED that the Chief Executive Officer,President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint Attorney(s)-in-Fact and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings,contracts ofindemnity and other writings obligatory in the nature thereofand, 2. To remove,at any time,any such Attorney-in fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its Senior Vice President on the 30thday of May ' 200 3 . TD,��yG AMERICAN CONTRACTORS I1*�DEMNITY COMPANY 61E6RpORAtE6 sin 26,1996 d By: • ,• Leon B.Ba ,; r., a Vice President STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this pth day of May 200_1 ,before me personally came Leon B.Back Jr.,Senior Vice President of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. WITNESS my hand and official seal N=7 MRG-U-0 ,0 Comm"Ion#13223/0 l • Notary Public-California y . Los Meal"County Norma J.Virgilio, otw MyCoftm 80" 27,2006 I, JACKI LAYFIELD, Assistant Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above,are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF,I have hereunto set my hand this 22nd day of July 200 3 Bond No. 604077 C j d Agency No. 2507 ,Assist nt Corporate Secretary rev. POA04/20/01 ............................................................................................................................................................................................ . ............................................................................................... THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on October 7, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2003/ 585 SUBJECT: Accepting completion of warranty period and release of cash deposit for faithful performance, Subdivision 8254, San Ramon(Dougherty Valley) area. (District III) On December 5, 2000, this Board resolved that the improvements in Subdivision 8254 were completed as provided in the Subdivision Agreement with Shapell Industries ofNorthern California a Division of Shapell Industries, hie., a Delaware Corp. and now on the recommendation of the Public Works Director; The Board hereby FINDS that the improvements have satisfactorily met the guaranteed performance standards for the period following completion and acceptance.NOW THEREFORE BE IT RESOLVED that the Public Works Director is AUTHORIZED to refund the $13,697.00 cash deposit (Auditor's Deposit Permit No. 335763, dated July 30, 1999) plus interest to Shapell Industries of Northern California a Division of Shapell Industries, Inc., a Delaware Corp. in accordance with Government Code Section 53079(if appropriate)and Ordinance Code Section 94- 4.406 ((and the subdivision agreement)) BE IT FURTHER RESOLVED that the warranty period has been completed and the Subdivison Agreement and surety bond rider for$203,400.00,Bond Number 929-097-462 issued by American Casualty Company of Reading, Pennsylvania are exonerated. The City of San Ramon shall accept maintenance for this Subdivision in accordance with the Dougherty Valley Memorandum of Understanding. LT:rm G:1GrpData\EngSvc\BO12003\10-07-03\SU13 8254 BO-60.doc I hereby certify that this is a true and correct copy of an Originator: Public Works(ES) action taken and entered on the minutes of the Board of Contact: Teri Ric(313-2363) Supervisors on the date shown. cc: Public Works Accounting,Tax I.D.95-2579030 J.Florin,M&T Lab T.Bell,Construction J.Gray,Engineering Services ATTESTED: OCTOBER 07, 2003 Current Planning,Community Development Shapell Industries of Northern California JOHN SWEETEN, Clerk of the Board of Supervisors a Division of Shapell Industries,Inc.,a Delaware Corp. and County Administrator Sam Worden and Steve Savage 100 N.Milpitas Blvd. Milpitas,CA 95035 National Fire Insurance Company of Hartford 21650 Oxnard St.,Suite 600 By Deputy Woodland Hills,CA 91367 City of San Ramon Chris Low 5000 Crow Canyon Rd. San Ramon,CA 94583 RESOLUTION NO.2003/ 585 ............................................................................................................................................................................. THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on October 7, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2003/ 586 SUBJECT: Accepting completion of warranty period and release of cash deposit for faithful performance, Subdivision 8255, San Ramon(Dougherty Valley)area. (District III) On December 5,2000,this Board resolved that the improvements in Subdivision 8255 were completed as provided in the Subdivision Agreement with Shapell Industries ofNorthern California, and now on the recommendation of the Public Works Director; The Board hereby FINDS that the improvements have satisfactorily met the guaranteed performance standards for the period following completion and acceptance.NOW THEREFORE BE IT RESOLVED that the Public Works Director is AUTHORIZED to refund the $4,200.00 cash deposit(Auditor's Deposit Permit No. 337456, dated September 7, 1999)plus interest to Shapell Industries of Northern California in accordance with Government Code Section 53079 (if appropriate)and Ordinance Code Section 94-4.406((and the subdivision agreement)) BE IT FURTHER RESOLVED that the warranty period has been completed and the Subdivision Agreement and surety bond rider for$62,610.00,Bond Number 929-097-492 issued by American Casualty Company of Reading,Pennsylvania are exonerated. The City of San Ramon shall accept the Subdivision for maintenance in accordance with the Dougherty Valley Memorandum of Understanding. LTxm G:\GrpData\EngSvc\BO\2003\10-07-03\SUB 8255 BO-60.doc I hereby certify that this is a true and correct copy of an Originator: Public Works(ES) action taken and entered on the minutes of the Board of Contact* Teri Rie(313-2363) Supervisors on the date Shown. cc; Public Works Accounting,Tax I.D.95-2578030 J.Florin,M&T Lab T.Bell,Construction ATTESTED: OCTOBER 07, 2003 Current Planning,Community Development Shapell Industries of Northern California JOHN SWEETEN, Clerk of the Board of Supervisors Steve Savage and Sam Worden 100 N.Milpitas Blvd. and County Administrator Milpitas,CA 95035 American Casualty Co.of Reading PA 21650 Oxnard St.,#760 Woodland Hills,CA 91367 By Deputy City of San Ramon X Joye Fukuda 5000 Crow Canyon Road San Ramon,CA 94583 RESOLUTION NO.2003/. 586